File #: 20-2265    Version: 1 Name: Quality & Excellence Pest Control, Inc., Lansing Illinois
Type: Contract Amendment Status: Approved
File created: 3/23/2020 In control: Board of Commissioners
On agenda: 7/30/2020 Final action: 7/30/2020
Title: PROPOSED CONTRACT AMENDMENT Department(s): Sheriff's Department of Corrections, Facilities Management, Juvenile Temporary Detention Center and Department of Transportation and Highways Vendor: Quality & Excellence Pest Control, Inc., Lansing Illinois Request: Authorization for the Chief Procurement Officer to renew and increase contract Good(s) or Service(s): Pest Control Services Original Contract Period: 9/26/2017 - 9/25/2019, with two (2), one (1) year renewal options Proposed Amendment Type: Renewal and Increase Proposed Contract Period: Renewal 9/26/2020 - 9/25/2021 Total Current Contract Amount Authority: $731,144.00 Original Approval (Board or Procurement): Board, 9/13/2017, $488,816.00 Increase Requested: $238,628.00 Previous Board Increase(s): 9/5/2019, $242,328.00 Previous Chief Procurement Officer Increase(s): N/A Previous Board Renewals: 9/5/2019, 9/26/2019 - 9/25/2020 Previous Chief Procurement Officer Renewals: N/A Previous Board ...
Indexes: THOMAS J. DART, Sheriff of Cook County

title

PROPOSED CONTRACT AMENDMENT

 

Department(s):  Sheriff’s Department of Corrections, Facilities Management, Juvenile Temporary Detention Center and Department of Transportation and Highways 

 

Vendor:  Quality & Excellence Pest Control, Inc., Lansing Illinois 

 

Request: Authorization for the Chief Procurement Officer to renew and increase contract 

 

Good(s) or Service(s):  Pest Control Services

 

Original Contract Period: 9/26/2017 - 9/25/2019, with two (2), one (1) year renewal options

 

Proposed Amendment Type: Renewal and Increase

 

Proposed Contract Period:  Renewal 9/26/2020 - 9/25/2021  

 

Total Current Contract Amount Authority:  $731,144.00

 

Original Approval (Board or Procurement):  Board, 9/13/2017, $488,816.00

 

Increase Requested:  $238,628.00

 

Previous Board Increase(s):  9/5/2019, $242,328.00

 

Previous Chief Procurement Officer Increase(s): N/A

 

Previous Board Renewals:  9/5/2019, 9/26/2019 - 9/25/2020

 

Previous Chief Procurement Officer Renewals:  N/A

 

Previous Board Extension(s): N/A

 

Previous Chief Procurement Officer Extension(s):  N/A

 

Potential Fiscal Impact:  FY 2020 $41,438.00, FY 2021 $197,190.00

 

DOC:                                          FY2020 $28,338.00                     FY2021 $141,690.00

Facilities:                     FY2020 $10,000.00                     FY2021 $ 45,000.00

JTDC:                                          FY2020 $ 2,000.00                     FY2021 $   5,000.00

DOTH:                                          FY2021 $ 1,100.00                     FY2021 $   5,500.00

 

Accounts:

DOC:                                          11100.1239.16875.520395.00000.00000;                       Contract Maintenance Services

Facilities:                     11100.1200.12355.520395.00000.00000;                      Contract Maintenance Services

JTDC:                                          11100.1440.10155.520395.00000.00000;                      Contract Maintenance Services

DOTH:                                          11856.1500.15675.540370.00000.00000;                     Maintenance of Facilities                     

 

Contract Number(s):  1784-16393

 

Concurrences:

The vendor has met the Minority- and Women-owned Business Enterprise Ordinance via direct participation.

 

The Chief Procurement Officer concurs.

 

Summary:  This final of two (2), one (1) year renewal options and increase will allow the vendor to continue to provide Pest Control Services for the Sheriff’s Department of Corrections, Facilities Management, Juvenile Temporary Detention Center and Department of Transportation and Highways.

 

This contract was awarded through a publicly advertised competitive bidding process in accordance with the Cook County Procurement Code.  Quality and Excellence Pest Control, Inc., was the lowest, responsive and responsible bidder.   

end